HomeMy WebLinkAboutR-90-0861J-90-904
10/29/90
RESOLUTION NO. 9 0 --- 861
A RESOLUTION ACCEPTING THE BID OF JORGE
LARRAURI, G.C., IN AN AMOUNT NOT TO
EXCEED $12,900.00, BASE BID OF THE
PROPOSAL, WITH A TOTAL PROJECT COST OF
$17,225.00 FOR SIGNAGE AND LANDSCAPING
FOR THE DINNER KEY ENTRANCE; WITH MONIES
THEREFOR ALLOCATED FROM THE 1991 CAPITAL
IMPROVEMENT ORDINANCE NO. 10782, PROJECT
NO. 415002 IN THE AMOUNT OF $17,225.00
TO COVER THE PROJECT'S COST; AND
AUTHORIZING THE CITY MANAGER TO EXECUTE
A CONTRACT WITH SAID FIRM.
WHEREAS, sealed bids were received October 4, 1990, for
SIGNAGE AND LANDSCAPING FOR THE DINNER KEY ENTRANCE; and
WHEREAS, the City Manager and the Director of the
Department of Public Works recommend that the bid of JORGE
LARRAURI, G.C., be accepted as the lowest responsible and
responsive bid; and
WHEREAS, the 1991 Capital Improvement Ordinance No.
10782, was adopted on September 27, 1990, and monies are
available for the proposed amount of the contract, project
expense, and incidentals under Project No. 415002 of said
ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The October 4, 1990, bid of JORGE LARRAURI,
G.C., in the proposed amount of $12,900.00, for the project
entitled Signage and Landscaping for the Dinner Key Entrance, for
the base bid of the proposal, based on lump sum and unit prices,
is hereby accepted at the price stated therein.
Section 2. The total project cost of $17,225.00 is
hereby allocated from the 1991 Capital Improvement Ordinance No.
10782, Project No. 415002 to cover the cost of said contract.
CrryMMsDIEMG � 01�
NOV 8 19W
�UTIO.9�w �61
Section 3. The City Manager is hereby authorized to
enter into a contract!' on behalf of the City of Miami with JORGE
LARRAURI, G.C., for Signage and Landscaping for the Dinner Key
Entrance, base bid of the proposal.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 8th day of Nov
ATTEST•
MAT7THIRAI9 CITY CLERK
LEGAL REVIEW BY:
G. RIAM MAER
CHIEF ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
JORGE 'L.—FIRNANDE
CI Y ATTOR EY
IER L. S
AYOR
, 1990.
CAPITAL PROJECT:
EDUARDO R RIGUEZ
CIP PROJECT MANAGER
SUBMITTED BY:
?,126TOR
. PRIETO-PORTAR, Ph.D., P.E.
OF PUBLIC WORKS
The herein authorization is further subject to compliance with
all requirements that may be imposed by the City Attorney,
including but not limited to those prescribed by applicable
City Charter and Code provisions.
-2-
90- 861
_1P
F 4.2 SECURITY LIST
BID ITEM t
Signage & Landscaping for the Dinner Key Entrance B-2993
----------------------------------------------
------------------------------------------------------
D I D MO . _ _ 90_ 91 _008 ------------------ --_------------------------
DATE DID(S) OPENED: _ October 4j_1990 __ 11_00 a.m_____________________________
TOTAL BID DOND_Sorj f�
BIDDER DID AMOUNT CASHIHR_S_CHECK___
---------------------------------------- -------------------------
Jorge Larrauri G.C. $12,900.00 BB Voucher
Leader Corporation $17,390.00 BB Voucher
Pino-FonticIELLA & Assoc. Inc. $20,513.00 BB Voucher
---------------«------
1D =
-- 0---------------�-
` ,—______________received ( L ) envelopes on behalf of
(P rson receiving bids)
Public Works -----------------------anG?---
(City Department)— Yr
(De tq—Citq Clerk) ----
Bid No. 90-91-008
ADVERTISEMENT FOR BIDS
RE.CEs1YLE1D
990 AUG '
Sealed bids for "SIGNAGE & LANDSCAPING FOR THE DINNER KEY ENTRANCE B- i i ived b��
the r and the City Clerk of the City of Miami, Florida ai a t of
19wJat, the City Clerk's office first floor of the Miami citymul 1VTzR&X1WAry rican
r Key, Miami, Florida, 33133, at which time and place they will be publicly opened
and read.
The project consists of constructing a concrete sign wall with lighting, landscaping and revision
to an existing irrigation system to accommodate the new work. Bidders will furnish perfoma x e
and bid bonds in accordance with resolutions No. 86-96;i and no. 87-915. For technical issues as
presented in the drawings and specifications, please contact Enrique Nunez, R.L.A. at (305)579-
6865 . Prospective bidders will be required to submit, with their bid a oopy of the appr- - - ate
certificate of CaVetenq, as issued by Dade County, which authorizes the Bidder to perfom the
proposed work.
All bids shall be submitted in accordance with the Instructions to Bidders and Specifications.
New City rregulations will require each bidder to submit proposals in duplicate originals. Plans
and Specifications may be obtained from the office of the Director of -Public Works, 27 N.W. 2
Street, 3rd floor, Miami, Florida, 33128, on or after Septeffber 13, 1990. If bidders wish, a set
of plans and specifications will be mailed to then by writing to the Department of Public Works
and including a separate check for $8. There will be a $W deposit required for the first set of
plans and sped scat ons. Additional -sets may be pub for a fee of $20 per setand this is
not refundable. Deposits will be refunded only upon the return of are set of plans and
specifications to the Department of Public Works, urmarked and in good condition within two (2)
weeks after the opening of the bids.
Prospective bidders will' be required to submit with their bid a copy of the appropriate
Certificate of Cotpetency as required by Dade County, which authorizes the bidder to perform the
proposed work.
Bidders are alerted to the provisions of Ordinance No. 10538 regarding allocation of contracts to
minority vendors. The City will expect prospective bidders to submit an Affirmative Action Plan,
as defined in said Ordinance, and as required in the Instructions to Bidders.
The City of Miami has adopted Ordinance W. 10032, which implements the "First Source Hiring
Agreement." The object of this ordinance is to provide employment opportunities to City of Miami
residents on contracts resulting in the creation of. new permanent jobs. Contractors may be
eligible for wage reimbursement under this program. For further information contact the
Department of Public Works, City of Mi a i , at (305) 579-6956.
Proposal includes the time of performance, and specifications contain provisions for liquidated
damages for failure to omplete the work on time. The City Commission reserves the right to
waive any informality in any bid, and the City Manager may reject arty or all bids, and
readvertise (B-2993 Req. 56'11).
Cesar H. Odio
City Manager
s�
i
u;
U RECEIVED �.,.
nip)
number must appear
TAU 3 i AFC gin advertisement.
REQUISITION FOR ADVERTISEM'
DEPTIDIV.
_ MATTY.HIRAI
CITY CLERK
=
ACCOUNT CODE
' APPR6 �IAMI, FLA. _
PHONE
DATE
DEPARTMENT
PREPARED BY
DIRECTOR OF ISSUING
times.
Publish the attached advertisement
(number of umes) f
legal ----------
classified display
Type of advertisement:
(Check On
F{
Starting date
SIZe'
First four words of advertisement:
1
'
x'
TT
' S
Remarks:
xd
r.
FOR USE OF FINANCE DEPARTMENT ONLY
' DO NOT
TYPE BELOW THIS LINE.
: ;';Q
DATES) OF.
INVOICE AMOUNT 7
ADVERTISEMENT -
ONE.PUBLICATION
0
sti:4
A
�kY
}T
,
B.2
_ k
C•3
� Y {
.
DA
'
E'5'
F10 F1'1 '{ I•�'
f5
F9
F7 F8
#'
pUE GATE INDEX? IIE
of renoe VENDQR
Adv. poc. R e
TRANS VOUCHER .
YY MM DD
51 r
z,
AC382
Q 2
P
L9ISOQUNT 'N illtF °
, A V, P ii' S 1 15 pE$ORIPTIQN -
1
lysrtlo�► Fin+>�tt?ittk�-Hp1�rRm
r
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM CA=5
J C'T 16 lS
TO : Honorabl a Mayor and Members DATE : FILE B 2-993
of the City Commission
FROM
Cesar H. Odio
City Manager
RECOMMENDATION
OCT 3 U ]99U
SUBJECT: Resolution Awarding Contract
for SIGNAGE AND LANDSCAPING
FOR THE DINNER KEY ENTRANCE
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the
attached resolution accepting the low bid of Jorge Larrauri, G.C., a
company located in Dade County, but not within the City of Miami,
for SIGNAGE AND LANDSCAPING FOR THE DINNER KEY ENTRANCE, received
October 4, 1990 in the amount of $12,900.00, Base Bid; authorizing
the City Manager to enter into a contract on behalf of the City.
BACKGROUND
Amount of Bid:
Cost Estimate:
Source of Funds:
$12,900.00
$15,000.00
% of Cost Estimate: 86.0%
1991 CIP Ordinance No. 10782, as amended
Minority Representation: 23F1 i nvi'tati ons mailed
7 contractors picked up plans & specs
(6 Hispanic, 0 Black, 0 Female)
3 contractors submitted bids
(3 Hispanic, 0 Black, 0 Female)
Public Hearings/Notices: No public hearing/Bid notice published.
Assessable Project: No
Discussion: The Department of Public Works has evaluated the bids
receiveT on October 4, and determined that the lowest responsible
and responsive bid, in the amount of $12,900.00 is from Jorge
Larrauri, G.C., a hispanic -minority controlled corporation. Funds
are available to cover the contract cost, and for such incidental
items as postage, blueprinting, advertising, and reproduction costs.
Resolution attached
90 861
CA f�
:1
SIGNAGE AND LANDSCAPING
FOR THE DINNER KEY ENTRANCE
JOB NO. B-2993
CONTRACTOR'S FACT SHEET
1. JORGE LARRAURI, G.C.
7931 S.W. 122 Street
Miami, Florida 33156
Tel: (305) 232-4604 (machine
(305) 235-9263 (home)
2. Principals:
Jorge Larrauri, Sole Owner
3. Contractor is properly licensed and insured.
4. Subcontractors:
None required at this time
5. Experience: Corporation established in 1972
6. A hispanic -minority contractor.
7. Project and Scope:
The project consists of -the construction of a masonry sign,
lighting, landscaping and irrigation for the entrance to
Dinner Key.
The project is located at S. Bayshore Drive and Pan
American Drive.
Twenty (20) working days construction time.
8. Funds allocated:
Contract:
$ 12,900.00
Project Expense
2,322.00
Blueprint:
100.00
Advertising:
600.00
Testing:
1,000.00
Postage:
60.00
SUB -TOTAL
$ 16,982.00
Indirect Cost
243.00
TOTAL $ 17,225.00
Prepared by: G.E. Picard
90. g��
d
in
TABULATION OF BIDS FOR
S+ CT � � L6-�1 pS-,-A--P (N4 Utz Toe D I N uet2
Received by the City Commission. City Manager. City Clerk. City of Miani. Florida at ' �� A.M. P.M.
� '
I� Y t?PT�N (je
BIDDER
G
LICENSE 6 INSURANCE AS PER CITY CODE 6 METRO ORD.
10117
810 BOND ACCOUNT
ND �L) rC
(D
D Old rc
(�
IRREGULARITIES
MINORITY OWNED
�5
ITEM
NO.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
tz
!c
y co
co
2,
co
00
cc
1 O L ec-(A - I TWC7
IRREGULARITIES LEGEND THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT
A— No Power -of -Attorney
B— No Affidavit as to Capital 6 Surplus of Bonding Company I
C— Corrected Extensions ^,b,
D— Proposal Unsigned or Improperly Signed or No Corporate SeelCo.,
E-
F-
G— Improper Bid Bond
H- Corrected Bid D �.
j- JOB NO.
Prepared By. BID NO. '9l1— �QQ 2� [�
Checked By:
0
q&